Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SPECIAL NOTICE

A -- Future Embedded Rotorcraft Sustainment Technologies – Phase 1 (FERST-1) Program - Multi-Domain Battle: Combined Arms for the 21st Century. United States Army-Marine Corps White Paper.

Notice Date
12/19/2017
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-R-0002
 
Archive Date
3/16/2018
 
Point of Contact
Ann M. Calvin, Phone: 7578785703, Kenneth E Helms, Phone: 7578785909
 
E-Mail Address
ann.m.calvin.civ@mail.mil, kenneth.e.helms5.civ@mail.mil
(ann.m.calvin.civ@mail.mil, kenneth.e.helms5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
9.0 References 9.0 References 1.0 Background and Purpose Current rotary-wing platforms require continual maintenance and fall short of desired readiness levels, limiting effectiveness in the future multi-domain battlespace, and making them time consuming to deploy and expensive to sustain. Call number W911W6-18-R-0002, Future Embedded Rotorcraft Sustainment Technologies (FERST), is a two phase program for 6.3 Advanced Technology Development to demonstrate an integrated aircraft-level solution that enables extended periods of unsustained operation in the multi-domain battlespace [1]. An optimized balance between an operationally durable integrated design approach, health state awareness, and ability to tolerate or adapt to damage is required to satisfy the FERST objective. Through this program an integrated FERST solution shall be defined through an optimization trade study, matured using building block approach, and demonstrated to a Technology Readiness Level (TRL) 6 to enable transition to Future Vertical Lift (FVL) immediately following the FERST program. The FERST program will enable an increase in operational availability and readiness, as well as a reduction in operations and sustainment (O&S) costs without compromising aircraft safety, performance, or affordability. Future Embedded Rotorcraft Sustainment Technologies – Phase 1 (FERST-1) is a 12 month trade study beginning in Government Fiscal Year (GFY) 18 to define an integrated platform solution that will be demonstrated no later than GFY22 in Future Embedded Rotorcraft Sustainment Technologies – Phase 2 (FERST-2). This call for FERST-1 is issued in accordance with the Master Broad Agency Announcement (BAA) W911W6-17-R-0003 effective January 11, 2017 – January 11, 2018. Information included herein applies to this call only. Other required instruction and information for proposal submission can be found in the Master BAA for Aviation Applied Technology Directorate – Aviation Development Directorate (AATD-ADD), W911W6-17-R-0003. 2.0 Scope of Research Effort The objective of FERST is to demonstrate an integrated aircraft-level solution that enables extended periods of unsustained operation in the multi-domain battlespace. FVL is identified as the primary technology transition target, and Offerors are encouraged to take advantage of the opportunity for a sustainment oriented clean-sheet design without being constrained by conventional design and maintenance practices. Past programs have demonstrated enabling technologies that span Drives, Rotors, Engines, Electrical, Structures, and Vehicle Management aircraft systems. Innovative FERST approaches should leverage these past efforts to synchronize and integrate the developed technologies into an optimized aircraft-level solution. Improvements made through FERST shall be demonstrated and quantified in terms of Operational Availability (Ao), Maintenance Free Operating Period (MFOP), Aircraft Reliability, and State Awareness[2]. · AO is defined as the percentage of time that a system is operationally capable of performing an assigned mission (uptime / total time). · MFOP is defined as the period during which the aircraft operates without the need for any sustainment actions. Both MFOP duration and any restoration level of effort in a high operational tempo are considered. · Aircraft Reliability is defined as durability and inherent reliability of the platform and its mission systems to include the state awareness subsystem. · State Awareness is defined as a comprehensive understanding of installed configuration, health of the aircraft, and state of the fleet. When deriving an i ntegrated FERST solution, Offerors are encouraged to consider sustainment oriented design approaches; integrated durable, tolerant, reliable aircraft systems; multifunctionality; holistic aircraft health state awareness (e.g. remaining useful life, prognostics and diagnostics, usage tracking); health adaptable aircraft systems and controls (e.g. cognitive decision aiding to pilot, load alleviating controls); fleet and tail number mission and maintenance planning (e.g onboard/offboard configuration management, parts management, embedded system/component history). Other key considerations include operational suitability, qualification requirements, SWaP (size, weight, and power), safety, scalability, risk, and maintenance requirements. FERST-1 efforts shall define, via multi-disciplinary trade study, an integrated platform solution to meet the FERST objective. The FERST-1 solution shall be optimized for Ao, MFOP, Aircraft Reliability and State Awareness metrics without compromising aircraft safety and performance. Innovative FERST-1 approaches will exploit intelligent integration to achieve improvements not possible through traditional federated methods. An initial business case, in terms of O&S costs and Logistics Footprint (Personnel and Equipment, Aircraft Ground Support Equipment, Parts and Spares) for the optimized FERST solution shall be delivered at the conclusion of FERST-1. Approaches must consider cyber security and data assurance (on-board and off-board), as well as Open Systems Architecture (e.g. Joint Common Architecture Functional Reference Architecture and conformance to the Future Airborne Capability Environment Technical Standard). Teaming across Government, Industry and Academia is highly encouraged to foster innovation and insight during development of proposed FERST solutions. 3.0 Call Specific Instructions This call will use the Proposal Submission Process as described in 5.2 of the Broad Agency Announcement, as further supplemented below. 3.1 Due Dates for Proposals Proposals shall be received not later than 1 March 2018, 2:00 pm EST. 3.2 Phase 2 Eligibility The FERST program will consist of two phases with proposals for each phase selected based on a competitive evaluation: FERST Phase 1 Trade Study FERST Phase 2 Integrated Demonstration Offerors not selected for Phase 1 are eligible to propose for Phase 2. If non-selected offerors intend to propose to Phase 2, the offeror is encouraged to notify the Government and plan for periodic briefings to support Government monitoring and understanding of the independent development effort. The Government will invite Phase 2 proposals from all interested offerors that proposed to Phase 1. There will be no further information posted to Federal Business Opportunities and all communications regarding post-Phase 1 activities will be sent to the participating entities. The Government will use the same evaluation criteria for selection of Phase 2 proposals as used for the Phase 1 proposals. 3.3 Proposal Instructions Specific instructions pertaining to the content and structure of proposals are provided in BAA W911W6-17-R-0003, paragraphs 5.2.2 and 5.2.3. In addition to the content provided in BAA W911-17-R-0003 Sections 5.2.3, the offeror shall provide the following: Volume 1 - Technical Proposal: The Offeror shall detail and substantiate the proposed solution including its benefits thereof relative to the FERST objective and the plan to execute FERST-1. The technical proposal shall provide a clear substantiation for the selection of the proposed technologies and approaches. The justification/rationale supporting the proposed effort shall be based upon the extent to which the proposed solution contribute to the FERST objective identified in Section 2. Offerors shall clearly and thoroughly describe the proposed technology solution and the technical approach, including tasks and schedule, to mature and verify the integrated solution to TRL 6. Leveraging of existing technologies is encouraged. Offerors shall substantiate their capability to execute the proposed effort, including experience of personnel, adequacy of facilities, and availability of data. Offerors shall identify expected benefits from their specific proposed FERST solution. Technical Proposals are subject to a 35 page limit for this Call. Offerors are reminded that technical quality is far more important than page quantity. Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 ½” x 11” increments (e.g., an 11” x 17” document will count as two pages). Pages in excess of the page limitation will not be read or evaluated. Volume 2 – Price/Cost Proposal: The Offeror shall detail and substantiate the proposed cost elements and total cost. If a foreign entity is participating as part of a prime's team, the cost volume shall clearly identify such participant and the Offeror's planned compliance with U.S. export controls, including any required export licensing. 3.4 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. Period of performance for FERST-1 is not to exceed 12 months starting in GFY18. The anticipated period of performance for the FERST-2 technology demonstration is GFY19-22. 3.5 Funding Any award made from this call will be subject to availability of funds. The Government anticipates two (2) awards for FERST-1 in the 2nd half of the GFY18. However, the Government reserves the right to make one or no awards, based upon the technical merit and affordability of proposals received. Anticipated Government funding for the total FERST effort is approximately $13.1M (6.3 funds), distributed as follows: GFY18 $1.1M, GFY19 $2.7, GFY20 $3.4M, GFY21 $2.9M, and GFY22 3.0M. Proposals that are significantly out of alignment with anticipated funding profile risk not being selected. Any award made under this announcement may be incrementally funded. 3.6 Proposed Business Arrangement Offerors are encouraged to review section 3.3 of the Master BAA for information on types of funding instruments available and propose a business arrangement from those discussed in the Master BAA. 3.7 Data Rights The Government requires a minimum of Government Purpose Rights to all technical data, deliverables, and computer software developed under the FERST program, and no limitations on the use of delivered and/or residual hardware, exempting background data assertions. The FERST-1 trade study results, including the definition and substantiation of the derived integrated FERST solution, as well as expected benefits in terms of the metrics and O&S savings are planned to be distributed across the U.S. aviation community of practice, and be used to inform the FVL analysis of alternatives and specification. In order to support this plan, the Government requires a minimum of Government Purpose Rights in the trade study results and final report, with an objective of Unlimited Rights, see Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.227-7013 and 252.227-7014 for definitions. For any business arrangements involving cost share, any technical data and computer software developed during FERST will be deemed as “developed with mixed funding” regardless of the type of business arrangement, see DFARS 252.227-7013 and 252.227-7014. The Offeror’s proposal will clearly state the proposed rights for technical data and computer software, along with proposed legends for each deliverable. Ambiguities will be negatively evaluated against the Offeror. 3.8 Required Government Facilities, Property, and Data It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for use of any Government furnished facilities, equipment, or property. Government furnished data cannot be guaranteed. Offerors must have access to or be capable of generating the data required. 3.9 Security No special security requirements or restrictions are anticipated. Access to classified material is not anticipated, and technologies to be developed are unclassified. 4.0 Required Reporting and Deliverables Awards under this announcement will require a kickoff meeting to be held at the Offeror’s facility following award. The award will require delivery of the following items delivered in Recipient/Contractor format: (1) Program Plan (delivered 45 days after award), (2) Briefing Charts and Special Technical Documents as appropriate, (3) Bi-Monthly Technical and Cost Reports, (4) Conceptual Drawings, Group Weight Statements, and System Specifications as appropriate, and (5) Final Report. Regular telephonic reviews are desired, as well as Technical Interchange Meetings, as appropriate. All awards will include a requirement to present the results of the work in a final briefing at Ft. Eustis, Virginia, upon completion of each Phase of FERST. 5.0 Order of Precedence Any inconsistency between this Call and the Master BAA shall be resolved by giving precedence to this Call (W911W6-18-R-0002). 6.0 Evaluation Criteria The evaluation criteria outlined in BAA, W911W6-17-R-0003, paragraph 6.1 will be used with the following modification to Criterion IV: “The reasonableness of the Offeror’s proposed cost to the Government, which includes the realism of the cost elements (labor hours, labor categories/mix, subcontracts, travel, materials, and any other direct costs), including any proposed cost share. The Government’s evaluation of this criteria will be in two stages. All cost proposals will be evaluated for the realism of the proposed labor categories/mix, subcontracts, travel, materials, any other direct costs, cost share if proposed, and offered data rights. A full cost analysis for reasonableness of proposed rates, both direct and indirect, including any Forward Pricing Rate Agreements, Forward Pricing Rate Recommendations, and/or Forward Pricing Rate Proposals will be performed only for proposals selected for negotiations. In addition a full evaluation of cost share if proposed will be done at this time.” 7.0 Other Information In addition to the information provided in BAA, W911W6-17-R-0003, paragraph 7.4 the following applies. Offerors shall incorporate the subcontracting plan as part of the offeror's proposal submission. DFARS 226.370-8 discusses subcontracting incentive and goals with the Historically Black Colleges and Universities and Minority Institutions. DFARS 219.708(b)(1)(A) and (B), discusses the appropriate use of DFARS Clauses 252.219-7003 and 252.219-7004 in solicitations and contract related to small, small disadvantaged and women-owned small business subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUBZone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. 8.0 Additional Proposal Instructions Classified responses will not be accepted. Unclassified technical and cost proposals shall be provided in original plus three paper copies and one electronic copy (CD ROM disk format). The cost proposal shall be provided in Excel format for cost verification purposes. Electronic submission of proposals is not authorized under this Call. Proposals shall be submitted to Army Contracting Command, Attn: CCAM-RDT, Ann Calvin, Building 401 Lee Blvd., Fort Eustis, VA 23604-5577. Questions may be submitted in writing via email to Ann M. Calvin, ann.m.calvin.civ@mail.mil. All questions must be submitted within 10 days prior to Call closing to ensure a response. All questions and responses received will be posted to FedBizOpps as an amendment to the call. Proposals received after the date and time specified for closing will be handled in accordance with FAR 52.215-1, Instructions to Offerors – Competitive Acquisition. This call is issued subject to the availability of funds. FERST-1 proposals shall be received not later than 1 March 2018; 2:00PM EST. Proposals shall be valid for a period of 10 months from the closing date of this call. 9.0 References 1. Multi-Domain Battle: Combined Arms for the 21 st Century. United States Army-Marine Corps White Paper. 2. Sustainment S&T Strategic Plan.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0578c85a085a0e4ab187a90d81d26856)
 
Place of Performance
Address: Army Contracting Command, Attn: CCAM-RDT, Ann Calvin, Building 401 Lee Blvd., Ft. Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04770891-W 20171221/171219231149-0578c85a085a0e4ab187a90d81d26856 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.